Post on 03-Oct-2021
Directorate of Medical & Health Services, Rajasthan Jaipur
Swasthya Bhawan, Tilak Marg,
Jaipur 302 005
TENDER FORM
FOR SPIRAL C.T. SCAN MACHINE THROUGH
PUBLIC PRIVATE PARTNERSHIP
1. Name and full address of Tenderer ………………………………………………………..
……………………………………………………………………………………………
……………………………………………………………………………………………
2. Addressed to: Director (PH), Directorate of Medical & Health Services, Rajasthan Jaipur .
3. Reference: No.:DMHS/SPO/E&I/CT SCAN(PPP)/ NIT-3/10/2903 Dated: 19.11.10
4. Tender fee Rs. 500.00 (Each cluster) deposited vide demand draft no. ……………………. dated
……… Of ……………………………. (Name and address of Banker) or cash Rs. 500.00 vide
cash receipt no. ………………………………….. Dated …………………………..
5. Quoted Cluster ……………………………………………………………………….
6. We …………………………… (Name of firm) agree to abide by all the terms and conditions as
mentioned in (i) tender notice no. DMHS/SPO/E&I/CT SCAN(PPP)/ NIT-3/10/2903 Dated:
19.11.10
(ii) In annexure ‘A’
7. All tender documents are complete in all respect and have been duly signed.
8. We have enclosed Earnest Money Rs. 5, 00,000.00 (Rs. Five lacs) in form of demand draft no.
………………… dated …... of …………………….. (Name of Banker) in favour of Director
(PH) Directorate Medical & Health Services Raj. Jaipur
Name & Signatures of the Bidder along with Seal
Name & Signatures of the Bidder along with Seal
2
Government of Rajasthan
Directorate of Medical & Health Services, Rajasthan, Jaipur
No.:DMHS/SPO/E&I/CT SCAN(PPP) / NIT-3/10/2903 Dated:
19.11.10
Expression of interest/tenders for the installation & running of
CT scan machine under Public Private Partnership
Bids are invited for installation and running multislice CT scan machines in selected
21 District Hospital’s on Public Private Partnership Model. The districts are in clusters of
seven districts each.
Date of selling of tender form from 24.11.10 11.30 A.M
Last Date for sale of tender form- Upto 23.12.10 11.00 A.M.
Last Date of receipt of tender- Upto 23.12.10 01.00 P.M.
Date of opening of technical Bid- at 23.12.10 02.30 P.M.
Detailed particulars of the tender documents & specifications of CT Scan Machine in
PPP may be seen on the govt. of Rajasthan Public Relations Department's Website- "www.
dipronline. Org." or Departmental Website www.rajswasthya.nic.in or in the office of the
secretary, Store Purchase Organization room no. 124.
A Pre-Bid Meeting will be held on 30.11.10 at 03.00 PM in Conference Hall of
Directorate of Medical & Health Services, Raj. Jaipur.
Director (PH)
Medical & Health Services
Rajasthan, Jaipur.
Name & Signatures of the Bidder along with Seal
3
Establishment, operation and maintenance
of
Computed Tomography (CT) Scan facilities
at 21 District Hospitals (List enclosed)
through
Public-Private Partnership
Directorate of Medical & Health Services, Rajasthan Jaipur
Swasthya Bhawan, Tilak Marg,
Jaipur 302 005
Signature of authorized official
Date…………..
Name & Signatures of the Bidder along with Seal
4
DISCLAMER
The information contained in this Request for Proposal (RFP) document or subsequently
provided to Applicant(s), whether verbally or in documentary form by or on behalf of the
Director (PH)/ Director (HA), Directorate or any of their employees or advisors, is provided to
applicant(s) on the terms and conditions set out in this RFP document and any other terms and
conditions subject to which such information is provided.
This RFP document is not an agreement and is not an offer or invitation by the Director (PH)/
Director (HA), Directorate or its representatives to any other party. The purpose of this RFP
document is to provide interested parties with information to assist the formulation of their
Application and detailed Proposal. This RFP document does not purport to contain all the
information each Applicant may require. This RFP document may not be appropriate for all
persons, and it is not possible for Director (PH) / Director (HA), Directorate, their employees or
advisors to consider the investment objectives, financial situation and particular needs of each
party who reads or uses this RFP document. Certain applicants may have a better knowledge of
the proposed Project than others. Each applicant should conduct its own investigations and
analysis and should check the accuracy, reliability and completeness of the information in this
RFP document and obtain independent advice from appropriate source. Director (PH) / Director
(HA), Directorate, its employees and advisors make no representation or warranty and shall incur
no liability under any law, statute, rules or regulations as to the accuracy, reliability or
completeness of the RFP document.
Director (PH) / Director (HA), Directorate may in its absolute discretion, out without being
under any obligation to do so, update, amend or supplement the information in this RFP
document.
Name & Signatures of the Bidder along with Seal
5
TABLE OF CONTENTS
Introduction 7
Instructions 9
Criteria For Evaluation 25
Fraud and Corrupt Practices 29
Pre Bid Meeting 31
Miscellaneous 31
Specifications 51
List cluster of Hospitals 38
General Terms & Conditions 33-37
Schedule, Appendix & Agreement Bond Format 38-58
Name & Signatures of the Bidder along with Seal
6
ACRONYMS
HA Hospital Administration
RMRS Rajasthan Medical Relief Society
CT Computed Tomography
BPL Below Poverty Line
RFP Request for Proposal
PH Public Health
Name & Signatures of the Bidder along with Seal
7
1. INTRODUCTION
1.1 Background
1.1.1 The Directorate of Medical & Health Services, Rajasthan Jaipur (the “Authority”) is
engaged in delivery of public health care facilities in the State of Rajasthan and as part of
this endeavour, the Authority has decided to undertake establishment, operation and
maintenance of Computed Tomography (CT) Scan facilities at .......... (the “Project”)
through Public-Private Partnership. The Authority has decided to carry out the bidding
process for selection of private participant as bidder to whom the Project may be
awarded.
The Authority intends to invite bids from private participants (the “Bidders”) who will
be eligible for awarding of the Project through an open competitive bidding process in
accordance with the procedure set out herein.
1.1.2 The selected Bidder (the “Service Provider”) shall be responsible to procure and install
machine, as per the specifications at Annexure III, along with all related and necessary
equipment, for operationalisation of the Computed Tomography (CT) Scan facilities to
offer diagnostic services to patients, at its own cost. Ownership status of all movable
assets created from the investments made by the Service Provider shall remain with the
Service Provider.
1.1.3 The Authority shall provide the required space, for establishing the Project. A Possession
Certificate in plain paper shall be issued while handing over the above mentioned space.
1.1.4 The Project will be awarded for a period of 7 (Seven) years and the Service Provider will
be obliged to establish, manage and operate the Project in accordance with the provisions
of a concession agreement (the “Concession Agreement”) and terms and conditions as
per Schedule.
1.1.5 The scope of work includes procuring and installing the machine as per Schedule I, hiring
of qualified manpower, operation and maintenance of the Project to offer diagnostic
services in accordance with the provisions of the Concession Agreement.
Name & Signatures of the Bidder along with Seal
8
1.1.6 The Service Provider shall be entitled to levy and charge a pre-determined user charges,
as per Schedule II, from the patients. Such user charges shall not be more than the rates
fixed by the Authority.
1.1.7 Indicative capital cost of the Project is Rs. 1,25,00,000/- (Rupees One Crore and Twenty
Five (Lakhs) (the "Estimated Project Cost"). The assessment of actual costs, however,
will have to be made by the Bidders and the Authority bears no responsibility in this
respect.
1.1.8 The Authority shall receive Bids pursuant to this RFP in accordance with the terms set
forth herein as modified, altered, amended and clarified from time to time by the
Authority, and all Bids shall be prepared and submitted in accordance with such terms on
or before the date specified in Clause 1.3 for submission of Bids (the "Bid Due Date").
1.2 Brief description of the Bidding Process
The Authority has adopted a single stage bidding process comprising submission of a
technical bid and a financial bid together, for selection of the Service Provider. Prior to
making a Bid, the Bidder shall pay to the Authority a sum of Rs. 500/- (Rupees
Five Hundred Only) in cash or the form of a bank draft drawn on any nationalized bank
in favour of the Director (PH), Directorate of Medical & Health Services, Rajasthan
Jaipur payable at Jaipur, as the cost thereon of the RFP process.
1.2.2 Bids will be subjected to a two-step evaluation. In the first step technical bids (the
“Technical Bids”) of the Bidders will be assessed for conditions for eligibility and
evaluated for award of technical score. All Bidders whose Aggregate Technical Score is 70
marks or more out of 100 shall be ranked from highest to the lowest on the basis of their
Aggregate Technical Score. In the second step, financial bids (the “Financial Bids”) of not
more than five of the Bidders, ranked as aforesaid, shall be opened, on the basis of their
ranking.
1.2.3 Financial bids are invited on a single variable, that is, percentage of revenue generated in
the Project that the Bidder offers to share with the Authority. The Bidder offering to share
the highest percentage of revenue generated in the Project with the Authority shall be
awarded the Project.
Name & Signatures of the Bidder along with Seal
9
1.2.4 The Bid shall be valid for a period of not less than 120 days from the date specified in
Clause 1.3 for submission of bids (the "Bid Due Date").
1.2.5 A Bidder will be required to deposit, along with its Bid, a bid security (Earnest money)
equivalent to Rs. 5,00,000/- (Rupees Five Lakhs Only) (the "Bid Security") for
one/each cluster, in form of Banker Cheque/Demand draft, refundable not later than
60 (sixty) days from the Bid Due Date, except in the case of the selected Bidder whose
Bid Security shall be retained till it has provided a Performance Security under the
Concession Agreement. The Bid shall be summarily rejected if it is not accompanied by
the Bid Security.
1.2.6 Any queries or request for additional information concerning this RFP shall be submitted
in writing or by fax and e-mail to the officer designated in Clause 2.12.3 below. The
envelopes/ communications shall clearly bear the following identification/title:
"Queries/ Request for Additional Information: RFP for establishment, operation
and maintenance of Computed Tomography (CT) Scan facilities at .......... ".
1.3 Schedule of Bidding Process
The Authority shall endeavour to adhere to the following schedule:
Event Description Date
Last date for receiving queries 29.11.2010
Pre-Bid Meeting 30.11.2010
Opening of Technical Bids 23.12.2010
Validity of Bids 4 Months from date of opening of bid.
2. INSTRUCTIONS TO BIDDER
A. GENERAL
2.1 Scope of Bid
2.1.1 The Authority wishes to receive Bids for award of the Project to experienced and capable
Bidder.
2.2 Eligibility of Bidders
2.2.1 The Bidder must be a company registered under the Indian Companies Act, 1956.
Name & Signatures of the Bidder along with Seal
10
2.2.2 A Bidder shall not have a conflict of interest (the “Conflict of Interest”) that affects the
Bidding Process. Any Bidder found to have a Conflict of Interest shall be disqualified. A
Bidder shall be deemed to have a Conflict of Interest affecting the Bidding Process, if -
(i) the Bidder, its Member or Associate (or any constituent thereof) and any other Bidder,
its Member or Associate (or any constituent thereof) have common controlling
shareholders or other ownership interest; provided that this disqualification shall not
apply in cases where the direct or indirect shareholding of an Bidder, its Member or an
Associate thereof (or any shareholder thereof having a shareholding of more than 5%
(five percent) of the paid up and subscribed share capital of such Bidder, Member or
Associate, as the case may be) in the other Bidder, its Member or Associate, as the case
may be, is less than 5% (five percent) of the subscribed and paid up equity share capital
thereof; provided further that this disqualification shall not apply to any ownership by a
bank, insurance company, pension fund or a public financial institution referred to in
section 4A of the Companies Act, 1956. For the purposes of this Clause 2.2.2, indirect
shareholding held through one or more intermediate persons shall be computed as
follows –
(AA) where any intermediary is controlled by a person through management
control or otherwise, the entire shareholding held by such controlled
intermediary in any other person (the “Subject Person”) shall be taken into
account for computing the shareholding of such controlling person in the
Subject Person; and
(BB) subject always to sub-clause (AA) above, where a person does not exercise
control over an intermediary, which has shareholding in the Subject Person,
the computation of indirect shareholding of such Person in the Subject Person
shall be undertaken on a proportionate basis; provided, however, no such
shareholding shall be reckoned under this sub-clause (BB) if the shareholding
of such person in the intermediary is less than 26% (twenty six percent) of the
subscribed and paid up equity shareholding of such intermediary; or
(ii) a constituent of such Bidder is also a constituent of another Bidder; or
Name & Signatures of the Bidder along with Seal
11
(iii) such Bidder, or any Associate thereof receives or has received any direct or indirect
subsidy, grant, concessional loan or subordinated debt from any other Bidder, its
Member or Associate or has provided any such subsidy grant, concessional loan or
subordinated debt to any other Bidder its Member or any Associate thereof; or
(iv) such Bidder has the same legal representative for the purposes of this Bid as any other
Bidder with respect to the Project; or
(v) such Bidder, or any Associate thereof has a relationship with another Bidder, or any
Associate thereof, directly or through common third party/ parties, that puts either or
both of them in a position to have access to each others' information about, or to
influence the Bid of either or each other; or
(vi) such Bidder or any Associate thereof has participated as a consultant to the Authority in
the preparation of any documents, design or technical specifications of the Project.
2.2.3 The Bidder should be fulfilling all the following conditions of eligibility and must also
submit documentary evidence(s) in support of fulfilment of these criteria while
submitting the Technical Bid. Claim without documentary evidence will not be
considered. The conditions of eligibility and documentary evidence required are as
follows:
Sl.
No.
Conditions of Eligibility Documentary Evidence to be Attached
1
The Bidder should have
collected revenue of at least
Rs. 1.50 Crores (Rupees
One Crore Fifty Lac) in the
last three financial years
ending March 31, 2010
from operating and
managing radiology
facilities, with 1.5 (or
higher) Tesla Magnetic
i. Audited balance sheet and profit and loss
account for the financial years ended March
31, 2008, March 31, 2009 and March 31,
2010, duly certified by statutory auditor.
ii. Statement showing revenue collected in the
last three years financial year ended March
31, 2010 in respect of 1.5 (or higher) Tesla
Magnetic Resonance Imaging (MRI) and/or
16-slice (or higher) Computed Tomography
(CT) scan, as the case may be, self-attested
Name & Signatures of the Bidder along with Seal
12
Resonance Imaging (MRI)
and/or 16-slice (or higher)
Computed Tomography
(CT) scan.
and certified by an independently practicing
chartered accountant or the statutory auditor.
The certificate should also clearly demarcate
the revenue collected from each of the
different machines.
2 The Bidder should have at
least three (3) years
experience in operating and
managing radiology
facilities, with 1.5 (or
higher) Tesla Magnetic
Resonance Imaging (MRI)
and/or 16-slice (or higher)
Computed Tomography
(CT) scan.
i. Original invoice or lease agreement, as the
case may be, in respect of the 1.5 (or higher)
Tesla Magnetic Resonance Imaging (MRI)
and/or 16-slice (or higher) Computed
Tomography (CT) scan machines.
ii. Self certification of ownership of the 1.5 (or
higher) Tesla Magnetic Resonance Imaging
(MRI) and/or 16-slice (or higher) Computed
Tomography (CT) scan, as the case may be.
iii. Certificate of Incorporation under the Indian
Companies Act, 1956.
3 The Bidder should have
minimum Net Worth of Rs.
0.50 Crore (Rupees Fifty
Lac) as at March 31, 2010.
i. Certificate from the statutory auditors
specifying the net worth of the Bidder, as at
March 31, 2010, and also specifying the
methodology adopted for calculating such
net worth. For the purpose of this RFP, net
worth shall mean the sum of subscribed and
paid up equity and reserves from which shall
be deducted the sum of revaluation reserve,
miscellaneous expenditure not written off
and reserves not available for distribution to
equity shareholders.
ii. Audited balance sheet and profit and loss
account for the financial year ended March
31, 2010, duly certified by statutory auditor.
Name & Signatures of the Bidder along with Seal
13
2.2.4 A Bidder having operated and managed radiology facilities, with 1.5 (or higher) Tesla
Magnetic Resonance Imaging (MRI) and/or 16-slice (or higher) Computed Tomography
(CT) scan machine(s) shall mean the Bidder having collected user charges from patients
in respect of the diagnostic services offered to patients on such machine(s). For the
avoidance of doubt, it is clarified that user charges collected from patients, during each
financial year, shall be taken into consideration for computation of the revenue collected.
2.2.5 It is also clarified that if there is any component of service tax or any other tax in the user
charges that are collected from the patients, such taxes will not be counted towards
calculation of the revenues that have been collected by the Bidder from operating and
managing radiology facilities, with 1.5 (or higher) Tesla Magnetic Resonance Imaging
(MRI) and/or 16-slice (or higher) Computed Tomography (CT) scan.
2.2.6 The Bidder claiming experience in operating and managing radiology facilities, with 1.5
(or higher) Tesla Magnetic Resonance Imaging (MRI) and/or 16-slice (or higher)
Computed Tomography (CT) scan should have ownership of the 1.5 (or higher) Tesla
Magnetic Resonance Imaging (MRI) and/or 16-slice (or higher) Computed Tomography
(CT) scan machine(s), as the case may be, from which revenues are being claimed. For
the purposes of this RFP, any lease arrangement in respect of the 1.5 (or higher) Tesla
Magnetic Resonance Imaging (MRI) and/or 16-slice (or higher) Computed Tomography
(CT) scan machine(s) will qualify as ownership;
2.2.7 The Bidders shall enclose with its Technical bid, to be submitted as per the format at
Appendix I, complete with its Annexes, the following:
i. Necessary information in relation to conditions of eligibility and parameters for
computing Technical Score of the Bidder as per the format at Annex – II and Annex
III of Appendix I.
ii. Audited balance sheet and profit and loss account for the last three financial years
ended March 31, 2010, duly certified by statutory auditor.
iii. Statement showing revenue collected in the last three years financial year ended
March 31, 2010 in respect of 1.5 (or higher) Tesla Magnetic Resonance Imaging
(MRI) and/or 16-slice (or higher) Computed Tomography (CT) scan machine(s), as
the case may be, self-attested and certified by an independently practicing chartered
Name & Signatures of the Bidder along with Seal
14
accountant or the statutory auditor. The certificate should also clearly demarcate the
revenue collected from each of the different machines.
iv. Original invoice or lease agreement, as the case may be, in respect of the 1.5 (or
higher) Tesla Magnetic Resonance Imaging (MRI) and/or 16-slice (or higher)
Computed Tomography (CT) scan machine(s).
v. Self certification of ownership of the 1.5 (or higher) Tesla Magnetic Resonance
Imaging (MRI) and/or 16-slice (or higher) Computed Tomography (CT) scan
machine(s), as the case may be.
vi. Certificate of Incorporation under the Indian Companies Act, 1956, of the Bidder.
vii. Certificate from the statutory auditors specifying the net worth of the Bidder, as at
March 31, 2010, and also specifying the methodology adopted for calculating such
net worth. For the purpose of this RFP, net worth shall mean the sum of subscribed
and paid up equity and reserves from which shall be deducted the sum of revaluation
reserve, miscellaneous expenditure not written off and reserves not available for
distribution to equity shareholders.
viii. Audited balance sheet and profit and loss account for the financial years ended March
31, 2010, March 31, 2009 and March 31, 2008, duly certified by statutory auditor.
2.2.8 The Bidders shall submit its Financial Bid as per the format at Appendix III.
2.2.9 The Bidder should submit a Power of Attorney as per the format at Appendix-II,
authorising the signatory of the Bids to commit the Bidder.
2.2.10 Any entity which has been barred by the Central/ State Government, or any entity
controlled by it, from participating in any project, and the bar subsists as on the Bid Due
Date, would not be eligible to submit Bid.
2.2.11 A Bidder should, in the last 3(three) years, have neither failed to perform on any contract,
as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial
pronouncement or arbitration award against the Bidder nor has been expelled from any
project or contract by any public entity nor have had any contract terminated any public
entity for breach by such Bidder.
2.2.12 The following conditions shall be adhered to while submitting a Bid:
(a) Bidders should attach clearly marked and referenced continuation sheets in the event
that the space provided in the prescribed forms in the Annexes is insufficient.
Name & Signatures of the Bidder along with Seal
15
Alternatively, Bidders may format the prescribed forms making due provision for
incorporation of the requested information.
(b) information supplied by a Bidder must apply to the Bidder named in the Bid and not,
unless specifically requested; and
(c) in responding to the Technical Bid submissions, Bidders should demonstrate their
capabilities in accordance with Clause 3.1 below.
2.2.13 The Bidder must have Company incorporation certificate, valid VAT/ Sales Tax
Registration Certificate, valid Service Tax Registration Certificate and filed Income Tax
Return. Bidder shall provide an attested copy of all the above-mentioned
certificates/documents along with the Technical Bid.
2.3 Number of Bids and costs thereof
2.3.1 No Bidder shall submit more than one Bid for the Project. A bidder applying shall not be
entitled to submit another Bid.
2.3.2 The Bidders shall be responsible for all of the costs associated with the preparation of
their Bids and their participation in the Bid Process. The Authority will not be
responsible or in any way liable for such costs, regardless of the conduct or outcome of
the Bidding Process.
2.4 Site visit and verification of information
Bidders are encouraged to submit their respective Bids after visiting the Project site and
ascertaining for themselves the site conditions, number of patients, location,
surroundings, climate, availability of power, water and other utilities for construction,
access to site, handling and storage of materials, weather data, applicable laws and
regulations, and any other matter considered relevant by them.
2.5 Acknowledgement by Bidder
2.5.1 It shall be deemed that by submitting the Bid, the Bidder has:
(a) made a complete and careful examination of the RFP;
(b) received all relevant information requested from the Authority;
(c) accepted the risk of inadequacy, error or mistake in the information provided in the
RFP or furnished by or on behalf of the Authority relating to any of the matters
referred to in Clause 2.4 above; and
(d) agreed to be bound by the undertakings provided by it under and in terms hereof.
Name & Signatures of the Bidder along with Seal
16
2.5.2 The Authority shall not be liable for any omission, mistake or error in respect of any of
the above or on account of any matter or thing arising out of or concerning or relating to
the RFP or the Bidding Process, including any error or mistake therein or in any
information or data given by the Authority.
2.6 Right to accept or reject any or all Bids
2.6.1 Notwithstanding anything contained in this RFP, the Authority reserves the right to
accept or reject any Bid and to annul the Bidding Process and reject all Bids, at any time
without any liability or any obligation for such acceptance, rejection or annulment, and
without assigning any reasons therefor. In the event that the Authority rejects or annuls
all the Bids, it may, in its discretion, invite all eligible Bidders to submit fresh Bids
hereunder.
2.6.2 The Authority reserves the right to reject any Bid if:
(a) at any time, a material misrepresentation is made or uncovered, or
(b) the Bidder does not provide, within the time specified by the Authority, the
supplemental information sought by the Authority for evaluation of the Bid.
If such disqualification/ rejection occurs after the Financial Bids have been opened and
the highest Bidder gets disqualified/ rejected, then the Authority reserves the right to:
(i) invite the remaining Bidders to match the highest Bidder/submit their Bids in
accordance with the RFP; or
(ii) take any such measure as may be deemed fit in the sole discretion of the
Authority, including annulment of the Bidding Process.
2.6.3 The Authority shall constitute a team which would verify the details provided by Bidders
in response to this RFP Document. The Bidders shall assist the team in providing details,
arrange for site visits of the 1.5 (or higher) Tesla Magnetic Resonance Imaging (MRI)
and/or 16-slice (or higher) Computed Tomography (CT) scan machine, as the case may
be, and provide such other assistance as may be required. In case any information
provided by the Bidder is found false or misleading, the Authority reserves the right to
disqualify such a Bidder. All costs in this behalf will be borne by the Authority.
2.6.4 In case it is found during the evaluation or at any time before signing of the Concession
Agreement or after its execution and during the period of subsistence thereof, including
the concession thereby granted by the Authority, that one or more of the conditions of
Name & Signatures of the Bidder along with Seal
17
eligibility have not been met by the Bidder, or the Bidder has made material
misrepresentation or has given any materially incorrect or false information, the Bidder
shall be disqualified forthwith if not yet appointed as the Service Provider either by issue
of the LOA or entering into of the Concession Agreement, and if the Bidder has already
been issued the LOA or has entered into the Concession Agreement, as the case may be,
the same shall, notwithstanding anything to the contrary contained therein or in this RFP,
be liable to be terminated, by a communication in writing by the Authority to the Bidder,
without the Authority being liable in any manner whatsoever to the Bidder and without
prejudice to any other right or remedy which the Authority may have under this RFP, the
Concession Agreement or under applicable law.
2.6.5 The Authority reserves the right to verify all statements, information and documents
submitted by the Bidder in response to the RFP. Any such verification or lack of such
verification by the Authority shall not relieve the Bidder of its obligations or liabilities
hereunder nor will it affect any rights of the Authority thereunder.
B. DOCUMENTS
2.7 Contents of the RFP
This RFP comprises the disclaimer set form hereinabove, the contents as listed below,
and will additionally include any Addenda issued in accordance with Clause 2.9.
Invitation for Proposal
Section1. Introduction
Section 2. Instructions to Bidders
Section 3. Criteria for Evaluation
Section 4. Fraud & Corrupt Practices
Section 5. Pre Bid Meeting
Section 6. Miscellaneous
Schedules
I Specifications of the Computed Tomography (CT) Scan Machine
II Location and Details of Space to be Provided by the Authority for Establishment and
Operation of the Computed Tomography (CT) Scan Machine
Name & Signatures of the Bidder along with Seal
18
III Terms & Conditions for Establishment and Operation of the Computed
Tomography (CT) Scan Machine
IV Pre-Determined User Charges for Diagnostic Services on the Computed
Tomography (CT) Scan Machine
Appendices
I. Letter comprising the Technical Bid
II. Format for Financial Bid
III Power of Attorney for signing of Application.
2.8 Clarifications
2.8.1 Bidders requiring any clarification on the RFP may notify the Authority in writing or by
fax and e-mail in accordance with Clause 1.2.6. They should send in their queries before
the date specified in the schedule of Bidding Process contained in Clause 1.3. The
responses will be sent by fax and/or e-mail. The Authority will forward all the queries
and its responses thereto, to all purchasers of the RFP without identifying the source of
queries.
2.8.2 The Authority shall endeavour to respond to the questions raised or clarifications sought
by the Bidders. However, the Authority reserves the right not to respond to any question
or provide any clarification, in its sole discretion, and nothing in this Clause shall be
taken or read as compelling or requiring the Authority to respond to any question or to
provide any clarification.
2.8.3 The Authority may also on its own motion, if deemed necessary, issue interpretations and
clarifications to all Bidders. All clarifications and interpretations issued by the Authority
shall be deemed to be part of the RFP. Verbal clarifications and information given by
Authority or its employees or representatives shall not in any way or manner be binding
on the Authority.
2.9 Amendment of RFP
2.9.1 At any time prior to the deadline for submission of Bid, the Authority may, for any
reason, whether at its own initiative or in response to clarifications requested by a Bidder,
modify the RFP by the issuance of Addenda.
2.9.2 Any Addendum thus issued will be sent in writing to all those who have purchased the
RFP.
Name & Signatures of the Bidder along with Seal
19
2.9.3 In order to afford the Bidders a reasonable time for taking an Addendum into account, or
for any other reason, the Authority may, in its sole discretion, extend the Bid Due Date.
C. PREPARATION AND SUBMISSION OF BID
2.10 Language
The Bid and all related correspondence and documents in relation to the Bidding Process
shall be in Hindi & English language. Supporting documents and printed literature
furnished by the Applicant with the Bid may be in any other language provided that they
are accompanied by translations of all the pertinent passages in the Hindi & English
language, duly authenticated and certified by the Bidder. Supporting materials, which are
not translated into Hindi & English, may not be considered. For the purpose of
interpretation and evaluation of the Bid, the Hindi & English language translation shall
prevail.
2.11 Format and signing of bid
2.11.1 The Bidder shall provide all the information sought under this RFP. The Authority will
evaluate only those Bids that are received in the required formats and complete in all
respects. Incomplete and /or conditional Bids shall be liable to rejection.
2.11.2 The Bidder shall prepare 1 (one) set of the Technical Bid (together with originals/ copies
of documents required to be submitted along therewith pursuant to this RFP) and
Financial Bid. The Bidder shall also provide 1 (one) soft copy on Compact Disc (CD).
2.11.3 The Bid shall be typed or written in indelible ink and signed by the authorised signatory
of the Bidder who shall also initial each page in blue ink. In case of printed and published
documents, only the cover shall be initialled. All the alterations, omissions, additions or
any other amendments made to the Bid shall be initialled by the person(s) signing the
Bid. The Bid shall contain page numbers and shall be bound together.
2.12 Sealing and Marking of Bids
2.12.1 The Bidder shall submit the set of the Technical Bid (together with originals/ copies of
documents required to be submitted along therewith pursuant to this RFP) and Financial
Bid in the format specified at Appendix-III and Appendix-II. All envelopes should be
securely sealed and super-scribed with the following information:
Name & Signatures of the Bidder along with Seal
20
• Bid Reference Number
• Bid Due Date
• Name of Bidder with Complete Address
The Bidder shall seal the Technical Bid and the Financial Bid, together with their
respective enclosures, in separate envelopes duly marking the envelopes as
"TECHNICAL BID" and "FINANCIAL BID", as the case may be. The envelopes shall
then be sealed in an outer envelope which shall also be marked in accordance with
Clauses 2.12.3 and 2.12.4.
2.12.2 The envelope marked “TECHNICAL BID” shall contain:
(i) Technical Bid in the prescribed format (Appendix-I along with Annexes) and
supporting documents;
(ii) Power of Attorney for signing the Bid as per the format at Appendix- II;
(iii) copy of Memorandum and Articles of Association, if the Applicant is a body
corporate;
(iv) Audited balance sheet and profit and loss account for the last three financial years
ended March 31, 2010, duly certified by statutory auditor.
(v) Statement showing revenue collected in the last three years financial year ended
March 31, 2010 in respect of 1.5 (or higher) Tesla Magnetic Resonance Imaging
(MRI) and/or 16-slice (or higher) Computed Tomography (CT) scan machine(s), as
the case may be, self-attested and certified by an independently practicing chartered
accountant or the statutory auditor. The certificate should also clearly demarcate the
revenue collected from each of the different machines.
(vi) Original invoice or lease agreement, as the case may be, in respect of the 1.5 (or
higher) Tesla Magnetic Resonance Imaging (MRI) and/or 16-slice (or higher)
Computed Tomography (CT) scan machine(s).
(vii) Self certification of ownership of the 1.5 (or higher) Tesla Magnetic Resonance
Imaging (MRI) and/or 16-slice (or higher) Computed Tomography (CT) scan
machine(s), as the case may be.
(viii) Certificate of Incorporation under the Indian Companies Act, 1956, of the Bidder.
(ix) Certificate from the statutory auditors specifying the net worth of the Bidder, as at
March 31, 2010, and also specifying the methodology adopted for calculating such
Name & Signatures of the Bidder along with Seal
21
net worth. For the purpose of this RFP, net worth shall mean the sum of subscribed
and paid up equity and reserves from which shall be deducted the sum of
revaluation reserve, miscellaneous expenditure not written off and reserves not
available for distribution to equity shareholders.
(x) Audited balance sheet and profit and loss account for the financial years ended
March 31, 2010, March 31, 2009 and March 31, 2008, duly certified by statutory
auditor.
2.12.3 The envelope marked “FINANCIAL BID” shall contain Financial Bid in the prescribed
format (Appendix-III).
2.12.4 The outer envelope shall be marked "Request for Proposal for Establishment, Operation
and Maintenance of Computed Tomography (CT) Scan facilities at .......... " and shall
clearly indicate the name and address of the Bidder. In addition, the Bid Due Date should
be indicated on the right hand corner of each of the envelopes.
2.12.5 Each of the envelopes shall be addressed to:
ATTN. OF: …………………………..
ADDRESS: Director (PH), Directorate Medical & Health Services,
Tilak Marg, C-Scheme, Jaipur
FAX NO: 0141- 2225334, 2229858
PHONE NO : 0141- 2229858, 2226100
2.12.6 If the envelopes are not sealed and marked as instructed above, the Authority assumes no
responsibility for the misplacement or premature opening of the contents of the Bid and
consequent losses, if any, suffered by the Bidders.
2.12.7 Bids submitted by fax, telex, telegram or e-mail shall not be entertained and shall be
rejected.
2.13 Bid Due Date
2.13.1 Bids should be submitted before ……………. hours 1ST on the Bid Due Date, at the
address provided in Clause 2.12.4 in the manner and form as detailed in this RFP. A
receipt thereof should be obtained from the person specified in Clause 2.12.4.
2.13.2 The Authority may, in its sole discretion, extend the Bid Due Date by issuing an
Addendum in accordance with Clause 2.9 uniformly for all Bidders.
Name & Signatures of the Bidder along with Seal
22
2.14 Late Bids
Bids received by the Authority after the specified time on the Bid Due Date shall not be
eligible for consideration and shall be summarily rejected.
2.15 Modifications/substitution/withdrawal of Bids
2.15.1 The Bidder may modify, substitute or withdraw its Bid after submission, provided that
written notice of the modification, substitution or withdrawal is received by the Authority
prior to the Bid Due Date. No Bid shall be modified, substituted or withdrawn by the Bid
on or after the Bid Due Date.
2.15.2 The modification, substitution or withdrawal notice shall be prepared, sealed, marked,
and delivered in accordance with Clause 2.12, with the envelopes being additionally
marked "MODIFICATION", "SUBSTITUTION" or "WITHDRAWAL", as appropriate.
2.15.3 Any alteration/ modification in the Bid or additional information supplied subsequent to
the Bid Due Date, unless the same has been expressly sought for by the Authority, shall
be disregarded.
D. EVALUATION PROCESS
2.16 Opening and Evaluation of Technical Bids
2.16.1 The Authority shall open the Technical Bids at ………….. hours 1ST on the Bid Due
Date, at the place specified in Clause 2.12.3 and in the presence of the Bidders who
choose to attend.
2.16.2 Bids for which a notice of withdrawal has been submitted in accordance with Clause 2.15
shall not be opened.
2.16.3 The Authority will subsequently examine and evaluate Technical Bids in accordance with
the provisions set out in Section 3.
2.16.4 Bidders are advised that the evaluation of Technical Bids of Bidders will be entirely at
the discretion of the Authority. Bidders will be deemed to have understood and agreed
that no explanation or justification on any aspect of the Bidding Process or selection will
be given.
2.16.5 Any information contained in the Bid shall not in any way be construed as binding on the
Authority, its agents, successors or assigns, but shall be binding against the Bidder if the
Project is subsequently awarded to it on the basis of such information.
Name & Signatures of the Bidder along with Seal
23
2.16.6 The Authority reserves the right not to proceed with the Bidding Process at any time
without notice or liability and to reject any or all Bids without assigning any reasons.
2.16.7 If any information furnished by the Bid is found to be incomplete, or contained in formats
other than those specified herein, the Authority may, in its sole discretion, exclude the
relevant information/document from computation of the Technical Score of the Bidder.
2.16.8 In the event that a Bidder claims credit for a machine, and such claim is determined by
the Authority as incorrect or erroneous, the Authority shall reject such claim and exclude
the same from computation of the Technical Score, and may also, while computing the
aggregate Technical Score of the Bidder, make a further deduction equivalent to the
claim rejected hereunder. Where any information is found to be patently false or
amounting to a material representation, the Authority reserves the right to reject the Bid
in accordance with the provisions of Clauses 2.6.2 and 2.6.3.
2.17 Confidentiality
Information relating to the examination, clarification, evaluation, and recommendation
for the Bidders shall not be disclosed to any person who is not officially concerned with
the process or is not a retained professional advisor advising the Authority in relation to
or matters arising out of, or concerning the Bidding Process. The Authority will treat all
information, submitted as part of Bid, in confidence and will require all those who have
access to such material to treat the same in confidence. The Authority may not divulge
any such information unless it is directed to do so by any statutory entity that has the
power under law to require its disclosure or is to enforce or assert any right or privilege
of the statutory entity and/ or the Authority or as may be required by law or in connection
with any legal process.
2.18 Tests of responsiveness
2.18.1 Prior to evaluation of Technical Bids, the Authority shall determine whether each Bid is
responsive to the requirements of the RFP. A Technical Bid shall be considered
responsive only if:
(a) it is received as per format at Appendix-I.
(b) it is received by the Bid Due Date including any extension thereof pursuant to
Clause 2.13.2;
Name & Signatures of the Bidder along with Seal
24
(c) it is signed, sealed, bound together, and marked as stipulated in Clauses 2.11 and
2.12 and all the requirements set forth in Clauses 2.12.2 and 2.12.3 are fulfilled;
(d) it is accompanied by the Power of Attorney as specified in Clause 2.2.9;
(e) it contains all the information and documents (complete in all respects) as
requested in this RFP;
(f) it contains information in formats same as those specified in this RFP;
(g) it contains duly certified audited annual financial statements from its statutory
auditors containing the requisite details;
(h) it contains an attested copy of the receipt for payment of Rs. 500/- (Rupees Five
Hundred Only) to Authority towards the cost (inclusive of all the applicable
taxes thereon) of the RFP document;
(i) it does not contain any condition or qualification; and
(j) it is not non-responsive in terms hereof.
2.18.2 The Authority reserves the right to reject any Bid which is non-responsive and no request
for alteration, modification, substitution or withdrawal shall be entertained by the
Authority in respect of such Bid.
2.19 Clarifications
2.19.1 To facilitate evaluation of Bids, the Authority may, at its sole discretion, seek
clarifications from any Bidder regarding its Bid. Such clarification(s) shall be provided
within the time specified by the Authority for this purpose. Any request for clarification
and all clarification in response thereto shall be in writing.
2.19.2 If a Bidder does not provide clarifications sought under Clause 2.19.1 above within the
prescribed time, its Bid shall be liable to be rejected. In case the Bid is not rejected, the
Authority may proceed to evaluate the Bid by construing the particulars requiring
clarification to the best of its understanding, and the Bidder shall be barred from
subsequently questioning such interpretation of the Authority.
E. OPENING OF FINANCIAL BIDS AND BIDDING
2.20 Short-listing and notification
After the evaluation of Technical Bids, the Authority would announce a list of not more
than five Bidders whose Financial Bids will be opened. At the same time, the Authority
Name & Signatures of the Bidder along with Seal
25
would notify the other Bidders that their Financial Bids will not be opened. The
Authority will not entertain any query or clarification from Bidders who fail to qualify.
2.21 Proprietary data
All documents and other information supplied by the Authority or submitted by a Bidder
to the Authority shall remain or become the property of the Authority. Bidders are to treat
all information as strictly confidential and shall not use it for any purpose other than for
preparation and submission of their Bid. The Authority will not return any Bid or any
information provided along therewith.
2.22 Correspondence with the Applicant
Save and except as provided in this RFP, the Authority shall not entertain any
correspondence with any Bidder in relation to the acceptance or rejection of any Bid.
3. CRITERIA FOR EVALUATION
3.1 Evaluation parameters
Only those Bidders who meet the conditions of eligibility specified in Clause 2.2.3 above
shall qualify for evaluation under this Section 3. Bidders who do not meet these
conditions of eligibility shall be rejected. Such Bidders who meet the conditions of
eligibility specified in Clause 2.2.3 above will be assessed on the basis of the parameters
set out in Clause 3.2 below and given score (the “Technical Score”).
3.2 Technical Score
Parameter Maximum marks and award of marks
3.2.1. Experience Number of years of
experience in operating and
managing 1.5 (or higher)
Tesla Magnetic Resonance
Imaging (MRI) and/or 16-
slice (or higher) Computed
Tomography (CT) scan
machine(s).
Maximum 30 marks.
Note:
While awarding marks, the Bidder that has highest
number of years experience in operating and
managing 1.5 (or higher) Tesla Magnetic
Resonance Imaging (MRI) and/or 16-slice (or
higher) Computed Tomography (CT) scan machines
shall be entitled to the maximum marks under this
category and all other competing Bidder(s) shall be
entitled to a proportionate marks.
3.2.2. Revenue Collected Aggregate revenue collected,
in last three financial years
Maximum 30 marks.
Note:
While awarding marks, the Bidder that has
Name & Signatures of the Bidder along with Seal
26
ending March 31, 2010, in
operating and managing 1.5
(or higher) Tesla Magnetic
Resonance Imaging (MRI)
and/or 16-slice (or higher)
Computed Tomography (CT)
scan machines.
collected highest revenue in the last three years
financial years ending March 31, 2010 shall be
entitled to the maximum marks under this category
and all other competing Bidder(s) shall be entitled
to a proportionate marks.
3.2.3. Number of machines installed
Number of 1.5 (or higher)
Tesla Magnetic Resonance
Imaging (MRI) and/or 16-
slice (or higher) Computed
Tomography (CT) scan
machine(s) installed.
Maximum 40 marks.
Note:
While awarding marks, the Bidder that has installed
highest number of 1.5 (or higher) Tesla Magnetic
Resonance Imaging (MRI) and/or 16-slice (or
higher) Computed Tomography (CT) scan machines
shall be entitled to the maximum marks under this
category and all other competing Bidder(s) shall be
entitled to a proportionate marks.
Notes:
(b) In case the Bidder has experience in operating and managing more than one
machine, all the machines will be taken for calculation of the score. For
example, if the Bidder has an experience of 6.5 years in operating and managing
one machine and an experience of 8.25 years in operating and managing another
machine, his cumulative experience under this clause would be 6.5+8.25=14.75
years. If the same bidder has an experience of 6 years in operating and
managing a third machine, his total experience under this clause would still be
20.75 years.
(c) The experience of the Bidder shall be counted from the date when the machine,
in respect of which experience is counted, has started operations. Thus, if the
Bidder as a company was incorporated on January 1, 2002 but purchased the
necessary machine and started its operations only on October 1, 2005, the
experience of the Bidder would be counted from October 1, 2005. The Bidder
should furnish the details to demonstrate the experience of the Bidder in
operating and managing 1.5 (or higher) Tesla Magnetic Resonance Imaging
(MRI) and/or 16-slice (or higher) Computed Tomography (CT) scan machines.
For this purpose, the Bidder must furnish its audited balance-sheet and a profit
and loss account, certified by its statutory auditors, for each year for which the
Bidder is claiming experience.
Name & Signatures of the Bidder along with Seal
27
(d) For showing the number of machines in use by the Bidder, the Bidder shall
submit the original invoice or lease agreement in respect of the machines, as the
case may be. Further, the Bidder must furnish an Affidavit in support of his
previous experience.
3.2.4. Aggregate Technical Score
The credentials of Bidders shall be measured in terms of their Technical Score.
The sum total of the Technical Score from Clauses 3.2.1, 3.2.2 and 3.2.3 shall be
the 'Aggregate Technical Score' of a particular Bidder.
3.2.5. All Bidders whose Aggregate Technical Score is 70 marks or more out of 100 shall
be ranked from highest to the lowest on the basis of their Aggregate Technical Score.
Of the Bidders ranked as aforesaid, Financial Bids of not more than five shall be
opened, on the basis of their ranking. However, if the number of Bidders scoring 70
marks or more is less than two, the Authority may, in its sole discretion, open
Financial Bid of the Bidder(s) whose score is less than 70 marks even if such
Bidder(s) do(es) not score 70 marks; provided that in such an event, the total number
of Bidders whose Financial Bids shall be opened shall not exceed two. In the event
two or more Bidders have the same scores in the final ranking, the Bidder with the
highest score in the parameter under Clause 3.2.3 shall be ranked higher.
3.2.6. Financial bids are invited on a single variable, that is, percentage of revenue
generated in the Project that the Bidder offers to share with the Authority. The
Bidder offering to share the highest percentage of revenue generated in the Project
with the Authority shall be awarded the Project.
3.3 Details of experience
3.3.1. The Bidder should furnish the details to demonstrate the experience of the Bidder
in operating and managing 1.5 (or higher) Tesla Magnetic Resonance Imaging
(MRI) and/or 16-slice (or higher) Computed Tomography (CT) scan machines for
the last 3 (three) financial years ended March 31, 2010. For this purpose, the
Bidder must furnish its audited balance-sheet and a profit and loss account,
certified by its statutory auditors, for each year for which the Bidder is claiming
Name & Signatures of the Bidder along with Seal
28
experience. For showing the number of machines in use by the Bidder, the Bidder
shall submit the original invoice or lease agreement in respect of the machine(s),
as the case may be.
3.3.2. The Bidders must provide the necessary information relating to the details of
experience as specified in Clause 3.2.1, 3.2.2 and 3.2.3 as per format at Annex-III
of Appendix-I.
3.4 Financial information
3.4.1. Bids must be accompanied by the Audited Annual Reports of the Bidder for the last
3 (three) financial years ending March 31, 2010. In case the annual accounts for the
financial year ended March 31, 2010 are not audited and therefore the Bidder
cannot make it available, the Bidder shall give an undertaking to this effect and the
statutory auditor shall certify the same. In such a case, the Bidder shall provide the
Audited Annual Reports for the financial years ended March 31, 2007, March 31,
2008 and March 31, 2009.
3.4.2. The Bidder must establish the minimum Net Worth specified in Clause 2.2.3 (3),
and provide details as per format at Annex-IV of Appendix-I.
3.5 Selection of Service Provider
3.5.1. The credentials of eligible Bidders shall be measured in terms of their Technical
Score. The sum total of the Technical Score from Clause 3.2.1, 3.2.2 and 3.2.3 shall
be the 'Aggregate Aggregate Score' of a particular Bidder.
3.5.2. All the Bidders whose Aggregate Technical Score is 70 marks or more out of 100
shall be ranked from highest to the lowest on the basis of their Aggregate Technical
Score. Of the Bidders ranked as aforesaid, Financial Bids of not more than five shall be
opened, on the basis of their ranking. However, if the number of Bidders scoring 70
marks or more is less than two, the Authority may, in its sole discretion, open Financial
Bid of the Bidder(s) whose score is less than 70 marks even if such Bidder(s) do(es) not
score 70 marks; provided that in such an event, the total number of Bidders whose
Name & Signatures of the Bidder along with Seal
29
Financial Bids shall be opened shall not exceed two. In the event two or more Bidders
have the same scores in the final ranking, the Bidder with the highest score in the
parameter under Clause 3.2.3 shall be ranked higher.
3.5.3. The Bidder offering to share the highest percentage of revenue generated in the
Project with the Authority shall be awarded the Project.
3.5.4. Any alteration/ modification in the Application or additional information supplied
subsequent to the Application Due Date, unless the same has been expressly sought
for by the Authority, shall be disregarded.
4. FRAUD AND CORRUPT PRACTICES
4.1. The Bidders and their respective officers, employees, agents and advisers shall
observe the highest standard of ethics during the Bidding Process. Notwithstanding
anything to the contrary contained herein, the Authority may reject an Bid without
being liable in any manner whatsoever to the Bidder if it determines that the Bidder
has, directly or indirectly or through an agent, engaged in corrupt practice,
fraudulent practice, coercive practice, undesirable practice or restrictive practice in
the Bidding Process.
4.2. Without prejudice to the rights of the Authority under Clause 4.1 hereinabove, if a
Bidder is found by the Authority to have directly or indirectly or through an agent,
engaged or indulged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice during the Bidding Process, such Bidder
shall not be eligible to participate in any tender or RFP issued by the Authority
during a period of 2 (two) years from the date such Bidder is found by the Authority
to have directly or indirectly or through an agent, engaged or indulged in any
corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice, as the case may be.
Name & Signatures of the Bidder along with Seal
30
4.3. For the purposes of this Clause 4, the following terms shall have the meaning
hereinafter respectively assigned to them:
(a) "corrupt practice" means (i) the offering, giving, receiving, or soliciting,
directly or indirectly, of anything of value to influence the actions of any
person connected with the Bidding Process (for avoidance of doubt, offering
of employment to, or employing, or engaging in any manner whatsoever,
directly or indirectly, any official of the Authority who is or has been
associated in any manner, directly or indirectly, with the Bidding Process or
the LOA or has dealt with matters concerning the Concession Agreement or
arising therefrom, before or after the execution thereof, at any time prior to the
expiry of one year from the date such official resigns or retires from or
otherwise ceases to be in the service of the Authority, shall be deemed to
constitute influencing the actions of a person connected with the Bidding
Process);
(b) "fraudulent practice" means a misrepresentation or omission of facts or
suppression of facts or disclosure of incomplete facts, in order to influence the
Bidding Process;
(c) "coercive practice" means impairing or harming or threatening to impair or
harm, directly or indirectly, any person or property to influence any person's
participation or action in the Bidding Process;
(d) "undesirable practice" means (i) establishing contact with any person
connected with or employed or engaged by the Authority with the objective of
canvassing, lobbying or in any manner influencing or attempting to influence
the Bidding Process; or (ii) having a Conflict of Interest; and
(e) "restrictive practice" means forming a cartel or arriving at any understanding
or arrangement among Applicants with the objective of restricting or
manipulating a full and fair competition in the Bidding Process.
Name & Signatures of the Bidder along with Seal
31
5. PRE-BID MEETING
5.1 A Pre-Bid meeting of the interested parties shall be convened at the designated date,
time and place. Only those persons who have purchased the RFP document shall be
allowed to participate in the Pre-Bid meeting. Bidders who have downloaded the
RFP document from the Authority's website (…………………) should submit a
Demand Draft of Rs. 500.00 of document, through their representative attending the
conference. A maximum of two representatives of each Bidder shall be allowed to
participate on production of authority letter from the Bidder.
5.2 During the course of Pre-Bid meeting, the Bidders will be free to seek clarifications
and make suggestions for consideration of the Authority. The Authority shall
endeavour to provide clarifications and such further information as it may, in its
sole discretion, consider appropriate for facilitating a fair, transparent and
competitive Bidding Process.
6. MISCELLANOUS
6.1 The Bidding Process shall be governed by, and construed in accordance with, the
laws of India and the Courts at Jaipur shall have exclusive jurisdiction over all
disputes arising under, pursuant to and/ or in connection with the Bidding Process.
6.2 The Authority, in its sole discretion and without incurring any obligation or
liability, reserves the right, at any time, to;
(a) suspend and/ or cancel the Bidding Process and/ or amend and/ or
supplement the Bidding Process or modify the dates or other terms and
conditions relating thereto;
(b) consult with any Bidder in order to receive clarification or further
information;
(c) select or not to select any Bidder and/ or to consult with any Bidder in order
to receive clarification or further information;
Name & Signatures of the Bidder along with Seal
32
(d) retain any information and/ or evidence submitted to the Authority by, on
behalf of, and/ or in relation to any Bidder; and/ or
(e) independently verify, disqualify, reject and/ or accept any and all
submissions or other information and/ or evidence submitted by or on behalf
of any Bidder.
6.3 It shall be deemed that by submitting the Bid, the Bidder agrees and releases the
Authority, its employees, agents and advisers, irrevocably, unconditionally, fully
and finally from any and all liability for claims, losses, damages, costs, expenses or
liabilities in any way related to or arising from the exercise of any rights and/ or
performance of any obligations hereunder and the Bidding Documents, pursuant
hereto, and/ or in connection with the Bidding Process, to the fullest extent
permitted by applicable law, and waives any and all rights and/ or claims it may
have in this respect, whether actual or contingent, whether present or in future.
Name & Signatures of the Bidder along with Seal
33
General Terms and Conditions
1. Tenders Shall be submitted in Two Separate Envelopes,
1) Technical Bid:
a) Earnest Money Rs. 5.00 lacs for one/each cluster in form of Demand draft drawn in
favour of Director (PH), Directorate Medical & Health Services, Rajasthan Jaipur.
b) Technical details, literature, catalogue or any other information about the machine.
c) Tender form duly signed in all respect.
2) Financial Bid:
a) Rate per test (as per schedule II)
Details about the various tests performed on the machine. (Rate so approved shall
remain fixed till the entire period of the contract or earlier as decided by the
committee)
2. Tenders shall be submitted in two envelopes separately marked technical bid and financial
bid, otherwise tenders will not be considered and shall be rejected. Technical terms and
conditions, technical specifications of machines, tests performed on the machines, etc should
be included in technical bid and financial rates of the tests to be performed, financial terms
and conditions be submitted in financial bid. Financial bids shall be opened only of those
tenderers who shall qualify technically. Technical specifications of machines and tests to be
performed on machines are enclosed with the tender form. schedule III, schedule II.
3. The specifications of the machine to be installed are enclosed at schedule III with this tender
form, machine shall not be in anyway of lower specifications/ configuration as mentioned in
the tender otherwise the bid shall be rejected. Approved firm will install Spiral C.T.Scan/
within four months from the date of signing of the agreement at 21 District Hospital list
enclosed. For delayed installation a penalty of Rs. 10,000.00 per week per machine shall be
leviable . If the delay is for more than one month the order would stand automatically
cancelled & security deposit shall stand forfeited.
4. Tenders will be evaluated on the basis of the weighted average formula. The tests included
for valuation along with the weight age assigned are enclosed at schedule IV.
Total of (Rate X Grade)
Weighted Average Rate (Formula) = -----------------------------
Total of Grade
5. 20% cases shall be done free for the poor category patients as referred by the
PMO/Chairman/ District Health Society (DHS) or authorized signatory.
Number of free cases shall be evaluated on monthly basis and they shall be carried forward to
the next month also. Ultimately the figures would be calculated at end of the year if number
of free cases came less than 20% then the amount of tests not so performed shall be paid by
the licensee and if the number of free test exceeded 20%, then the amount so exceeded shall
be paid by the Member Secretary/Rajasthan Medicare Relief Society district hospital
…………, to the licensee, The formula for payment shall be the actual ratio of various tests
done for the poor category during the year.
Name & Signatures of the Bidder along with Seal
34
6. In 20% free category patients the contrast to be provided by the hospital. For other
categories, the contrasts will be provided by the patient.
7. License shall be valid for a period of 7 years from the date of approval by the Hospital
administration and it could be cancelled at any time after providing an opportunity of hearing
by the licensor, in case the licensee does not follow the rules, regulations and terms and
condition of the contract. The machine shall be suitably upgraded by the licensee after
completion of 4 years period. The level of up gradation shall be under taken (after 4 years) by
mutual agreement of licensee and hospital administration.
8. Approved licensee shall have to provide Bank Guarantee of Rs. 2 Lac with MRS of each
district/each machine as security money, in favor of Member Secretary, Rajasthan Medicare
Relief Society district hospital …………, for the entire period of the license. The said Bank
Guarantee could be forfeited in case of any breach of conditions on the part of the licensee or
if he does not install the machine within the stipulated period or he discontinues the contract
before expiry of the contract period.
9. Licensee will pay monthly ……… % of income to the Member Secretary, Rajasthan
Medicare Relief Society district hospital ……………..
10. Adequate areal space shall be provided by the hospital for installation of the machines. All
the pre-requisites such as civil, electrical, air-conditioning, computer or any other changes in
the site for installation of machine will be executed by the licensee, with due permission of
the administration. The expenses thereof shall be borne by the licensee. The hospital
administration will not be responsible for any loss/ damage to the machine/property due to
natural hazard or otherwise and licensee may take adequate insurance cover at his own risk &
liability. Premises shall immediately revert back to the possession of Member Secretary,
Rajasthan Medicare Relief Society district hospital …………. at the expiry/ termination of
the contract. In case the licensee fails to vacate the premises, a penalty of Rs. 15,000.00 per
day shall be charged.
11. All expenses on account of man power, electricity, water and other maintenance of premises
and the machine, security or any other expenses incurred in the day to day running of the
machine shall be borne by the licensee. …………..
12. Licensee will provide the a signed report from qualified Radiologists having a Post Graduate
Degree Radiology and imaging. He will keep adequately trained Radiographers and Para-
medical staff to run the machine round the clock, at his own cost as per hospital hours and in
Emergencies.
13. The generation of the reports of hospital cases including MLC shall be done together by the
faculty of Radio diagnosis department of District Hospital ……………. and Radiologists of
Licensee. …………………..
14. Besides the use of these machines for teaching & training purposes as per the direction of the
PMO, the faculty members of Radiology Department of District Hospital……….. shall also
be allowed to perform, any biopsy or any other incisive procedures of their patients as may be
necessary on the said machines, with prior fixation of time for performing of such
procedures. No extra payment shall be made to the licensee for the above purpose.
Name & Signatures of the Bidder along with Seal
35
15. Licensee shall ensure best quality of tests and protocols as set by the hospital administration/
other recognized professional body.
16. The bad quality scans will be repeated at no extra cost. However, with regard to the doubtful
observations, a repeat scan will only be carried out after mutual discussion between the
faculty member and the radiologist of the licensee.
17. Quarterly review of performance and observance of terms & conditions including quality of
tests shall be carried out by PMO, District Hospital & Head of department of Radio diagnosis
with the licensee.
18. The licensee shall abide by all the guidelines issued by the Government and the Hospital
Administration. In case of violation the license could be cancelled after providing an
opportunity of hearing to the licensee, at one month notice. The dispute resolving Committee
will take the final decision.
19. In case the machines is free after finishing case of District Hospital and it’s attached Group of
Hospitals, the licensee would be allowed to use the machine in its spare time and capacity for
outside patients if any at the approved rates. However, priority shall always remain for the
patients of District Hospital.
20. License shall make alternative arrangements for investigation of hospital patients at the
approved rates in case the machine is out of order/ broken down even for a day. If the break
down extends beyond 72 hours the licensee will pay an averaged amount of revenue collected
per day, for each day of shutdown. If shut down extends beyond 15 days the contract may be
cancelled.
21. The receipts for the tests done shall be issued by the licensee through computer on the receipt
books provided by the hospital administration and reconciliation of accounts Would be done
on weekly basis. The licensee will have to maintain the following records:
(i) Daily patients register. (ii) cash register. (iii) BPL / free category register. (iv) Record of
shut down.
22. District Hospital and attached Hospitals shall refer all their O.P.D. & patients to the C.T.
Scan centre located in the District Hospital Premises exclusively.
23. The licensee shall not sell or transfer any proprietary right or entrust to any other third
party for running the Spiral C.T. Scan of District Hospital, …………………..
24. The license shall take a third party liability policy to cover the patients sent by the hospital
Administration against any mishap at the Spiral C.T. Scan, Conforming to the provision of the
consumer protection act shall be the sole and absolute responsibility/ liability of the licensee.
Name & Signatures of the Bidder along with Seal
36
25. If the lowest bidder fails to install the machine within the period stipulated in clause 3 above,
the Director (PH)/ Director (HA) shall be free to award the contract to the second lowest
bidder through negotiation of rates.
26. Agreement will be signed with RMRS of the each district.
Other Conditions 1. For collection of charges the receipt book will be provided by hospital administration.
2. A Radiologist which will be appointed by the licensee should have the M.C.I. approved
P.G. degree in Radiology [M.D./D.N.B.].
3. Transformer for electric supply will be provided by the hospital.
4. The cable work from main line to machine will be borne by the licensee.
5. Electric connection & consumption rates will be charged as R.S.E.B. rates. Sub meter
will provided by the District Hospital.
6. Water supply will be provided by the hospital by putting a sub-meter and charged
accordingly.
7. Generator will be installed by the licensee.
8. Licensee can put the sign board for indicating the location of the C.T. Scan machines
9. Common parking place for vehicle is available in the hospital campus on payment
basis/as per PMO direction.
10. In place of the Bank Guarantee licensee can submit the joint F.D.R. and interest on
F.D.R. will be paid to licensee.
11. If patient will ask for C.D./floppy, patient will bear the expenses.
12. The image record of academic/M.L.C. cases will be kept by the licensee and
register/requisitions of all other patients will be kept by the licensee.
13. 20% poor cases shall be done free for the poor category patients as referred by the
PMO/Chairman DHS or their authorized signatory. The ratio of free patients will be 80%
+ 20%. It will be done on the basis of proportion of patients. 20% ratio of free category
will be of hospital patients only.
14. In case of increasing of workload, first preference will be given to the hospital patients
and after that outside patients can be taken up.
15. In case of any unforeseen circumstances like- high increase in the rates of consumable
and raw material, the matter will be brought into the notice of the hospital administration
and then it will be decided in the meeting of the Executive Committee of Rajasthan
Medicare Relief Society. The decision of the Executive Committee of Rajasthan
Medicare Relief Society will be final.
16. Reporting of the C.T. scan will be done by the faculty of district hospital along with
Radiology of the licensee, round- the - clock.
17. The contrast media will not be supplied the hospital except to free/B.P.L. category
patients.
Name & Signatures of the Bidder along with Seal
37
18. The contrast medial will be of non-ionic type, preferably.
19. The C.T. K.U.B. region will be treated as whole abdomen C.T.
20. The C.T. joint be included along with Serial no. 10 and quoted in the list of schedule – III
while submitting the tender.
21. After completion of the tenure of tender, the licensee will be allowed to vacate the space
within a period of 30 days.
22. The reporting of M.L.C. cases of C.T. scan will be done and signed by the faculty
member of district hospital.
23. In case of breakdown of the machines of C.T. scan, licensee shall make alternative
arrangement for investigations on machines preferably on specifications/any of the spiral
C.T. scan.
24. M.L.C. court evidence will be attended by district hospital faculty.
Director (PH),
Medical & Health Services,
Rajasthan Jaipur
I/We have read the above terms and conditions and I/We agree to abide by the same.
Name & Signatures of the Bidder along with Seal
Name & Signatures of the Bidder along with Seal
38
Schedule I
Location and Details of Space to be Provided by the Authority for Establishment and Operation of
the Computed Tomography (CT) Scan Machine
Name of District Hospital & Installation
S.
N.
Name of
District
Name of the district Hospitals Cluster
1 Barmer Barmer Cluster-I
Bikaner and Jodhpur
Zone
2 Jaisalmer Jaisalmer
3 Jalore Jalore
4 Jodhpur Satellite Hospital, Mandor
(Jodhpur)
5 Bikaner Satellite Hospital, Bikaner
6 Hanumangarh Hanumangarh
7 Sirohi Sirohi
8 Jaipur Govt. Bainiprasad Jaipuria
Hospital, Jaipur Cluster-II
Jaipur, Ajmer and
Bharatpur Zone
9 Dausa Dauasa
10 Churu Churu
11 Jhunjhunu Jhunjhunu
12 Dholpur Dholpur
13 Karauli Karauli
14 Tonk Tonk
15 Nagaur Nagaur
16 Bundi Bundi Cluster-III
Kota and Udaipur
Zone
17 Kota Satellite Hospital, Rampura, Kota
18 Dungarpur Dungarpur
19 Pratapgarh Pratapgarh
20 Udaipur Satellite Hospital, Hiranmagari,
Udaipur
21 Rajsamand Rajsamand
Name & Signatures of the Bidder along with Seal
39
APPENDIX I
Letter Comprising the Bid Date:
To,
The Director (PH),
Medical & Health Services,
Rajasthan Jaipur
……………………..
Tilak-Marg, Jaipur,
Rajasthan
Subject: Bid for Establishment, Operation and Maintenance of Computed Tomography (CT)
Scan facilities at .......... Project
Dear Sir,
1. With reference to your RFP document dated ……………, we, having examined the RFP
document and understood its contents, hereby submit our Bid for the aforesaid Project. The
Bid is unconditional and unqualified.
2. We acknowledge that the Authority will be relying on the information provided in the Bid
and the documents accompanying such Bid for selection of Bidder for the aforesaid
Project, and we certify that all information provided in the Bid and in Annexes is true and
correct; nothing has been omitted which renders such information misleading; and all
documents accompanying such Bid are true copies of their respective originals.
3. This statement is made for the express purpose of our Financial Bid for the aforesaid
Project being opened.
4. We shall make available to the Authority any additional information it may find necessary
or require to supplement or authenticate the statements in the Technical Bid.
5. We acknowledge the right of the Authority to reject our Bid without assigning any reason
or otherwise and hereby waive, to the fullest extent permitted by applicable law, our right
to challenge the same on any account whatsoever.
6. We certify that in the last three years, we or our Associates have neither failed to perform
on any contract, as evidenced by imposition of a penalty by an arbitral or judicial authority
Name & Signatures of the Bidder along with Seal
40
or a judicial pronouncement or arbitration award, nor been expelled from any project or
contract by any public authority nor have had any contract terminated by any public
authority for breach on our part.
7. We declare that:
(a) We have examined and have no reservations to the RFP document, including any
Addendum issued by the Authority.
(b) We do not have any conflict of interest in accordance with Clauses 2.2.2 of the
RFP document; and
(c) We have not directly or indirectly or through an agent engaged or indulged in any
corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice, as defined in Clause 4.3 of the RFP document, in respect of
any tender or request for proposal issued by or any agreement entered into with
the Authority or any other public sector enterprise or any government, Central or
State; and
(d) We hereby certify that we have taken steps to ensure that in conformity with the
provisions of Section 4 of the RFP document, no person acting for us or on our
behalf has engaged or will engage in any corrupt practice, fraudulent practice,
coercive practice, undesirable practice or restrictive practice.
8. We understand that you may cancel the Bidding Process at any time, without incurring any
liability to the Bidders, in accordance with Clause 2.16.6 of the RFP document.
9. We believe that we satisfy the conditions of eligibility and meet all the requirements as
specified in the RFP document and are qualified to submit the Bid.
10. We certify that in regard to matters other than security and integrity of the country, we or
any of our Associates have not been convicted by a Court of Law or indicted or adverse
orders passed by a regulatory authority which could cast a doubt on our ability to undertake
the Project or which relates to a grave offence that outrages the moral sense of the
community.
Name & Signatures of the Bidder along with Seal
41
11. We further certify that in regard to matters relating to security and integrity of the country,
we or any of our Associates have not been charge-sheeted by any agency of the
Government or convicted by a Court of Law.
12. We further certify that no investigation by a regulatory authority is pending either against
us or against our Associates or against our CEO or any of our directors/ managers/
employees.
13. We undertake that in case due to any change in facts or circumstances during the Bidding
Process, we are attracted by the provisions of disqualification in terms of the provisions of
this RFP, we shall intimate the Authority of the same immediately.
14. The power of attorney for signing of application, as per format provided at Appendix III of
the RFP, is enclosed.
15. We understand that the selected Service Provider shall be an existing Company
incorporated under the Indian Companies Act, 1956.
16. We hereby irrevocably waive any right or remedy which we may have at any stage at law
or howsoever otherwise arising to challenge or question any decision taken by the
Authority in connection with the selection of the Service Provider, or in connection with
the selection/ Bidding Process itself, in respect of the above mentioned Project and the
terms and implementation thereof.
17. We agree and undertake to abide by all the terms and conditions of the RFP document.
18. We certify that in terms of the RFP, revenue collected by us is Rs.
…………………………………. (Rs. in words).
19. We certify that in terms of the RFP, our Networth is Rs ....................... (Rs. in words).
20. We certify that in terms of the RFP, our experience is …………………. (number in words)
years.
Name & Signatures of the Bidder along with Seal
42
21. We certify that in terms of the RFP, we have the following number of machines installed as
stated by us in our Technical Bid.
(Insert number of machines and the installation base of the machines)
22. We acknowledge and confirm that we meet the conditions of eligibility and that the
revenue collected/years of experience and net worth as set forth in Annex III and Annex IV
of Appendix I respectively have been computed having due regard to and in strict
compliance with the terms of this RFP. Additionally, we confirm and undertake that details
as provided in Appendix I, Annex I are true, accurate and correct, and nothing material has
not be withheld.
23. Our Financial Bid, as per the format at Appendix III, is also attached in a separate cover in
terms of the RFP.
In witness thereof, we submit this Technical Bid under and in accordance with the terms of
the RFP document.
Yours faithfully,
(Signature, name and designation of the Authorised Signatory)
Name & Signatures of the Bidder along with Seal
43
APPENDIX I
Annex-I
Format for General Information in Bid
S. No Particulars Details
1. Basic Information
a) Name of Company
b) Status in the Project
c) Address of the corporate headquarters and its
branch office(s), if any, in India
d) Date of incorporation and/or commencement of
business
e) Ownership profile of the Applicant
(List of stakeholders / members who own 26%
or more stocks and their interest in the company)
1. 2. 3.
f) List of current directors
2. Brief Description of the Applicant’s core
activities, competencies and experience.
3. Details of Authorised Signatory of the
Applicant:
a) Name
b) Designation
c) Address
d) Telephone Number
e) E-Mail Address
f) Fax Number
g) Cell/Mobile Number
4. VAT/CST/RST-TIN
5. Service Tax Registration No.
6. Income tax PAN
7. DD No. for the cost of RFP Document
8. DD No. for deposit of the Bid Security
9. Any other relevant information
SIGNATURE ________________
NAME ________________
DESIGNATION ________________
COMPANY ________________
DATE ________________
Name & Signatures of the Bidder along with Seal
44
APPENDIX I
Annex-II
Format for Condition of Eligibility
Sl.
No.
Conditions of Eligibility Compliance
Yes/No
1
The Bidder should have collected revenue of at least Rs.
1.50 Crores (Rupees One Crore Fifty Lac) in the last three
financial years ending March 31, 2010 from operating and
managing radiology facilities, with 1.5 (or higher) Tesla
Magnetic Resonance Imaging (MRI) and/or 16-slice (or
higher) Computed Tomography (CT) scan.
2 The Bidder should have at least three (3) years of
cumulative experience in operating and managing
radiology facilities, with 1.5 (or higher) Tesla Magnetic
Resonance Imaging (MRI) and/or 16-slice (or higher)
Computed Tomography (CT) scan.
3 The Bidder should have minimum Net Worth of Rs. 0.50
Crore (Rupees Fifty Lac) as at March 31, 2010.
Name & Signatures of the Bidder along with Seal
45
APPENDIX I
Annex-III
Format for Parameters for Technical Score
Experience: Number of years of experience in operating and managing 1.5 (or higher) Tesla
Magnetic Resonance Imaging (MRI) and/or 16-slice (or higher) Computed Tomography (CT)
scan machine(s).
Revenue Collected: Aggregate revenue collected, in last three financial years ending March
31, 2010, in operating and managing 1.5 (or higher) Tesla Magnetic Resonance Imaging
(MRI) and/or 16-slice (or higher) Computed Tomography (CT) scan machines.
S.no. Type of machine
(CT SCAN / MRI)
Date of
Installation
Revenue Collected
2009-10
1.
2.
.
.
2008-09
1.
2.
.
.
2007-08
1.
2.
.
.
Total
Notes:
S.no. Type of
machine (CT
SCAN / MRI)
Brief
Specification
alongwith
make and
model
Date of
Installation
Address of Installation Number of Years
of Experience in
Operating &
managing
Copy of
Original
invoice or
Lease
Agreement
Attached (Y/N)
1.
2.
3.
4.
5.
.
.
.
Total
Name & Signatures of the Bidder along with Seal
46
1. The Revenues collected from operating and managing each 1.5 (or higher) Tesla
Magnetic Resonance Imaging (MRI) and/or 16-slice (or higher) Computed Tomography
(CT) scan machine must be stated.
2. The revenues stated in this Annex must correspond with the certificate provided by the
statutory auditors.
3. If there is any component of service tax or any other tax in the user charges that are
collected from the patients, such taxes will not be counted towards calculation of the
revenues that have been collected by the Applicant from operating and managing 1.5 (or
higher) Tesla Magnetic Resonance Imaging (MRI) and/or 16-slice (or higher) Computed
Tomography (CT) scan machines..
Name & Signatures of the Bidder along with Seal
47
APPENDIX I
Annex-IV
Format for Net Worth of the Bidder
Description As on March 31, 2010
Net-worth
Instructions:
1. The Bidder shall attach copies of the balance sheets, financial statements and
Annual Reports for the financial years ended March 31, 2010, March 31, 2009
and March 31, 2008. The financial statements shall:
2. reflect the financial situation of the Bidder and its/ their Associates where the
Bidder is relying on its Associate's financials;
a. be audited by a statutory auditor;
b. be complete, including all notes to the financial statements; and
c. correspond to accounting periods already completed and audited (no
statements for partial periods shall be requested or accepted).
3. Net Worth shall mean (Subscribed and Paid-up Equity + Reserves) less
(Revaluation reserves + miscellaneous expenditure not written off + reserves not
available for distribution to equity shareholders).
4. The Bidder shall provide an Auditor's Certificate specifying the net worth of the
Bidder and also specifying the methodology adopted for calculating such net
worth in accordance with the RFP document.
Name & Signatures of the Bidder along with Seal
48
APPENDIX II
POWER OF ATTORNEY FOR SIGNING OF APPLICATION
Photo of Attorney
duly attested by notary public
(On Stamp paper of relevant value)
POWER OF ATTORNEY
The Director (PH),
Medical & Health Services,
Rajasthan, Jaipur
……………………..
Tilak-Marg, Jaipur,
Rajasthan
Know all men by these presents, We..........................................................(name and address of
the applicant ) do hereby constitute, appoint and authorise Mr /Ms........................………(name
and residential address) who is presently employed with us and holding the position of
.................................................... as our attorney, to do in our name and on our behalf, all such
acts, deeds and things necessary in connection with or incidental to establishment, operation and
maintenance of Computed Tomography (CT) Scan facilities at .........., Rajasthan, by the
Directorate of Medical & Health Society, Government of Rajasthan (the “Authority”), including
signing bids regarding Request for Proposal and submission of all documents and providing
information/responses to the Authority or any government agency or any person in all matters in
connection with our Bid for establishment, operation and maintenance of Computed
Tomography (CT) Scan facilities Project. .
We hereby agree to ratify all acts, deeds and things done by our said lawful attorney pursuant to
this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall
and shall always be deemed to have been done by us.
Place-----------Dated this the _______ Day of _______2010
Name & Signatures of the Bidder along with Seal
49
For ___________________________
(Name and designation of the person(s) with authority to authorise.
Accepted
_________________________Signature)
(Name, Title and Address of the Attorney)
Place -------------- Date: …………………….
To be attested by Notary Public with Registration No. and Date
Name & Signatures of the Bidder along with Seal
50
APPENDIX III
Format for Financial Proposal
Date :
To,
The Director (PH),
Medical & Health Services,
Rajasthan, Jaipur
Reference: Financial Bid for establishment, operation and maintenance of Computed
Tomography (CT) Scan facilities Project at …………………., Rajasthan
Sir,
We submit our Financial Bid for establishment, operation and maintenance of Computed
Tomography (CT) Scan facilities at …………………., Rajasthan (the "Project").
Description % of revenue sharing
(in Figures) (in Words)
Percentage of revenue generated in the Project
that will be shared with the Authority
under a 7 year Concession Agreement
* Payable quarterly in terms of Schedule ………….. of the Draft Concession Agreement.
We have reviewed all the terms and conditions of the Request for Proposal (RFP) Document
including the Draft Concession Agreement and will undertake to abide by all the terms and
conditions contained therein. We hereby declare that there are, and shall be, no deviations from
the stated terms in the RFP Document.
……………………………………………. Name of the Bidder
…………………………………………….Signature of the Authorised Person
…………………………………………….Name of the Authorised Person
Note:
� On the Letterhead of the Bidder and to be signed by the bidder.
� The percentage of revenue shall be up to two digits of decimal.
� In case of difference in amount quoted in figures and words, the higher value would be
considered for evaluation.
Name & Signatures of the Bidder along with Seal
51
Schedule- III
TECHNICAL SPECIFICATION OF C.T. SCANNER
The Equipment should be of latest Technology, state of the art spiral/Helical CT
Scanner having continuous rotating low Voltage Slip Ring Technology having
Spiral CT (column Scan ) function and should be able be perform scanning of
whole body including Head, Spine Abdomen & capable of producing high
resolution image. The system confirm to the following essential specification.
16 Slice acquisition per rotation with minimum time of not more than 0.4 second
for complete 360 degree scan and having total spiral/helical run of 100 secs or
more.
SCAN TIME: The minimum time should be 1'04 sec. less Full scan ( 360 degree )
with a choice for selection of different scan times. Partial Scan time should be 0.8
sec. or less.
SLICE THICKNESS: Slice thickness should be 1 m.m. for acquisition.
FIELD OF VIEW: The FOV should be 48 cms of more
Gantry : the Gantry aperture is minimum of 70 cms and the tilt should be +/- 30
degrees. The system should have facility for full remote tilt from the console.
DETECTORS : Solid state technology is required. Specify the number of
projection per second the detector system in capable of acquiring. Should be of
don't slice or more.
PATIENT TABLE : The table should have metal free scan-able range 100 cms or
more. The topogram length should be up to 100 cms or more.
X-RAY GENERATOR : The X-ray generator should be high frequency type of
minimum of 24 kw or more.
X-RAY TUBE : X-ray tube with anode heat storage capacity of 2 MHU of higher.
IMAGE RECONSTRUCTION :The Image reconstruction time should be 1 sec.
or less for both axial & spiral scan for *512 matrix.
IMAGE DISPLAY : The image display should be in 1024X1024 matrix and the
monitor should be of high resolution type of size 19 inches or more. Color Display
should be available. Facility for Simultaneous multiple images should be available.
HIGH CONTRAST RESOLUTION: Maximum spatial resolution should be
1p/cm or higher for both axial &spiral scanning mode. please specify the
parameters used for the this measurements.
LOW CONTRAST RESOLUTION: Specify visual low contrast resolution and
not statistical, specify all measurement parameters.
Name & Signatures of the Bidder along with Seal
52
CONSOLE/COMPUTER SYSTEM: The Console Should be multi CPU
workstation type with complete multitasking capability. The system should allow
Image processing, 3D reconstruction, Image manipulation, storing/ retrieving
image parallel to scanning. the system should be DICOM 3.0 Compatible.
multitasking / parallel processing should be available on the CT Console with
simultaneous scan of live patient & Reconstruction / evaluation of previous
patients. Multi CPU with 1.5 GHz or more speed & 512 MB RAM or More for
Host Computer & Image Processor.
IMAGE STORAGE:
Image archival should be possible on the Hard disk & CD or MOD directly from
the console. please Supply 20 Nos. MODS. the system hard disk should have a
capacity storage capacity of minimum 20,000 image Minimum 1500 Raw data be
available seprately.
HELICAL/SPIRAL CAPABILITY:
Both single and multiple spiral should be possible on the system. Single Spiral/
helical run of 80 sec or more should be available at the ma required low Contrast
resolution
APPLICATION SOFTWARES: 1. Bone & lung Algorithm for HRCT
2. Motion Artifact reduction software
3. Image magnification PAN & Zoom
4. Image rotation, inversion & SMOOTHENING.
5. Dynamic Scanning
6. Cine Display 7. Real time Multi Planner Reconstruction in saggital, coronal oblique, curved orientation
8. Real time dose modulation based on patient anatomy for various organs.
9. CT Angiography with Maximum intensity projection.
10. 3D surface rendered Image.
11. 3D Volume rendered Image.
12. Real Time 3D Color Rendring for Veins/Arteries & other organs.
13. CT Endoscopy (Virtual Endoscopy)
ESSENTIAL ACCESSORIES: a. Colour Printer b. UPS for console 30 minutes back up & suitable Voltage for the total system
c. Dry laser Camera (Specify make )with 14 X17 inch format
d. Suitable lead glass as per AERB / Equivalent approval.
Upgradeability : it should be upgradable to Multi Slice CT in Future
Name & Signatures of the Bidder along with Seal
53
Schedule-II
The above points shall also be a part of tender conditions and agreement thereof in
future for approval of tender in favour of successful tenders.
S.No. Name of Tests Rate*
1 Head
C.T. Scan Brain plain 700
C.T. Scan Brain plain and contrast 700
C.T. Scan Brain repeat within seven days
Note: Licensee shall not charge anything for
this.
2 Abdomen
Whole abdomen 1300
3 Thorax/Chest 1300
4 Pelvis 800
5 Other than above
CT PNS/
Neek
800
CT Orbit 800
CT pituitary fossa/region 800
CT temporal bone 800
CT Joint (Anyone) 800
CT musculoskeletal 800
CT spine anyone region 800
Virtual endoscopy/
Colonoscopy/
Angioscopy
2400
CT Angiography-Any one part/
Calcium scoring
2400
Radiotherapy planning/
CT fluoroscopy
2400
Name & Signatures of the Bidder along with Seal
54
Schedule-‘IV’
List of tests & Grading for purpose of evaluation of financial bids.
(Tentative percentage of various investigations likely to be done on Spiral CT scan machine)
S.No. Name of tests Grading
1 Head a) C.T. Scan Brain plain
b) C.T. Scan Brain plain and contrast c) C.T. Scan Brain Repeat within seven days
60
2 Abdomen a) Upper Abdomen
b) Whole Abdomen
15
3 Thorax/Chest 10
4 Pelvis 5
5 Other than Above 1- CT PNS/Neck 2- CT Orbit 3- CT Pituitary fossa/region 4- CT Temporal bone
5- CT Joint (Anyone) 6- CT musculoskeletal
7- CT spine anyone region 8- Virtual endoscopy/colonoscopy/Angioscopy 9- CT Angiography-Any one part/calcium scoring
10- Radiotherapy planning/CT Fluoroscopy
10(1 to each for the
following)
Note: Any of the investigation/procedure not mentioned above, rates for the same may be quoted
but they will not be considered for tender evaluation.
Director (PH)
Medical & Health Services,
Rajasthan Jaipur
Name & Signatures of the Bidder along with Seal
55
Agreement Bond Formate
This agreement is made on today------------------------------------------------------------
----------------------------------------------------------------
Between
The Member Secretary, Rajasthan medicare Relief Society------------------
District Hospital ------------------------------------------------ (Hereinafter called the
Licensor)
And
M/S ------------------------------------------------- Hereunafter called the licensee )
through its director -------------------------------------------------------
Both the parties are through this agreements are agree to reduce in writing the
terms amd conditions for the installation and running of --------------------------------
---------------------- machine in the District Hospital campus for the term of (7 year)
In reference to your letter of approval dated -------------------- for spiral C.T. Scan
machine, the terms and conditions of agreement will be as follows:
1 The specification of the machine to be installed shall be as per specification/
configuration as mentioned in the tender notice no----------------- dated-------
------- Licensee shall install C.T. Scan machine within four month from date
signing of agreement . For delayed installation a penalty of Rs. 10,000.00
per week shall be levied on licensee. If the delay is for more than one month
the order would stand automatically cancelled& security deposit.
2 20% cases shall be done free the poor category patient as referred by the
PMO/Chairman District Health Society or their authorized signatory.
Number of free cases shall be evaluated on monthly basis and they shall be
carried forward to the next month also. Ultimately the figures would be
calculated at end of the financial year, If number of free cases came less than
20% then the amount of tests not so performed shall be paid by the licensee
and if the number of free test exceeded 20%, then the amount so exceeded
shall be paid by the RMRS to the licensee. the formula for payment shall be
the actual ratio of various tests done for the poor category during the year.
The licensor will provide a authentic list/name of authorities, well in time by
whom licensee will be asked to do free investigation.
3 In 20%free category patient the contrast to be provided by the licensor. For
other categories, the contrast will be provided by the patient.
Name & Signatures of the Bidder along with Seal
56
4 License shall be valid for a period of seven years from the date of approval
by the Hospital Administration and it could be cancelled at any time after
providing an opportunity of hearing by the licensor, in case the licensee does
not follow the rules , regulations and terms and condition of the contract.
The machine shall be suitably upgraded by the licensee after completion of
4 years period. The level of upgradation shall be under taken (after 4 years)
by mutual agreement of licensee and hospital administration.
5 As per terms of this tender, bank guarantee of Rs* 2 laces as security money
issued by the.........................................(Name of Schedule Bank), bearing
no. ................................ issued on.........................
is enclosed here with in favor of Member Secretary, RMRS District Hospital
........................ for the entire period of the license. The said Bank Guarantee
could be forfeited in case of any breach of conditions on the part of the
licensee or if he does not install the machine within the stipulated period or
he discontinues the contract before expiry of the contract period.
6 Licensee will pay monthly......................% of the income to the Rajasthan
Medicare Relief Society District Hospital...........................
7 Adequate area/space shall be provided by the hospital for installation of the machines. All the pre-requisites such as civil, electrical, air-conditioning,
computer or any other changes in the site for installation of machine will be
executed by the licensee, with due permission of the administration. the
expenses there of shall be borne by the licensee. The hospital administration
will not be responsible for any loss/damage to the
* Tentative machine /property due to natural hazard or otherwise and license
may take adequate insurance cover at his own risk & liability. premises shall
immediately revert back to the possession of RMRS within a period of 30
days at the expiry / termination of the contract . in case the licensee fails to
vacate the premises within a period of 30 days a penalty of Rs. 15000 per
day shall be charged.
8 All expenses an accounts of electricity, water maintenance of premises and
the machine, security or any other expenses incurred in the day to day
running of the machine shall be borne by the licensee. The transformer for
electricity supply will be provided by the hospital. The cable work from
main line to machine will be borne by the licensee. Electric connection and
consumption rates will be charged as per RSEB rates. Sub meter will be
provided by the hospital. Water supply will be provided by the hospital by
putting a sub meter; Generator will be installed by the licensee.
9 licensee will provide signed report of qualified radiologists having a post graduate degree in radiology and imaging. He will keep adequately grained
radiographers and para medical staff to run the machine round the clock.
Name & Signatures of the Bidder along with Seal
57
10 The generation of the reports of hospital cases including MLC shall be done
together by the faculty of radio-diagnosis department of District hospital
............ and radiologist of Licensee. the image record of academic/MLC
cases will be kept by the licensor and register requisition of all other patients
will be kept by the licensee. MLC court evidence will be attended by district
hospital faculty.
11 Besides the use of the PMO/concerned District Hospital ..........shall also be
allowed to perform any biopsy or any other invasive procedure of their
patients as may be necessary of the said machines, with prior fixation of
time for performing of such procedures, . No extra payment shall be made to
the licensee for the above purpose.
12 Licensee shall ensure best quality of tests and protocols as set by the hospital administration/other recognized professional body.
13 the bad quality scans will be repeated at no extra cost. However, with regard the doubtful observation, a repeat scan will only by carried out after mutual
discussion between the faculty member and the radiologist of the licensee.
14 Quarterly review of performance and observation of terms & Conditions
including quality of tests shall be carried out by PMO district hospital &
head of department of radio diagnosis with the licensee.
15 The licensee shall abide by all the guidelines issued by the government and
the hospital administration in case of violation the license could be cancelled
after providing an opportunity of hearing to the licensee.
16 In case the machine is free after finishing cases of district hospital and its
attached group of hospitals the licensee would be allowed to use the machine
in its spare time and capacity for outside patients if any at the approved
rates. However priority shall always remain for the patients of District
Hospital
17 Licensee shall make alternative arrangements for investigation of hospital
patients at the approved rates in case the machine is out of order broken
down even for a day.
18 The receipts for the tests done shall be issued by the licensee through computer on the receipt books provided by the hospital administration and
reconciliation of accounts would be done on weekly basis.
19 District Hospital and attached hospitals shall refer all their OPD & IPD
patients to the CT scan center located in the district hospital premises
exclusively.
20 The licensee shall not sell or transfer any proprietary right or entrust to any other third party for running the spiral CT scan machine of district Hospital
............
Name & Signatures of the Bidder along with Seal
58
21 The licensee shall take a third party liability policy to cover the patients sent by the hospital administration against any mishap at the spiral CT scan
conforming to the provision of the consumer protection act shall be the sole
and absolute responsibility liability of the licensee.
22 Licensee has agreed to withdraw its counter offer regarding discontinuing the contract by giving three months prior notice which was mentioned in
their technical bid, it stands deleted.
23 Approved of rates: approved rated shall remain fixed for entire contract
period.
24 Both the parties agreed to abide by all the terms and conditions mentioned in
tender notice no............. dated...................... clarification required if any,
will be decided mutually.
25 Emergency and grave cases shall be given priority on regular cases. Signature of the approved Signature for and on
Approved Firm and Seal behalf of the Governor
Date : Designation
Date:
Witness No. 1 Witness No. 1
Witness No. 2 Witness No. 2